Fire Tenders

Fire Tenders

Presidency of the Consortium for the Fire Prevention, Extinction, Civil Protection and Rescue Service of the Province of Guadalajara Tender

Finance And Insurance Sectors
Spain
Closing Date3 Jul 2025
Tender AmountEUR 49 K (USD 53.6 K)
Purchaser Name: Presidency of the Consortium for the Fire Prevention, Extinction, Civil Protection and Rescue Service | Multi-risk Vehicle Insurance from Ceis Guadalajara.

Government Commission of the Consortium for the Fire Extinction, Salvation and Civil Protection Service of the Province of Castellon Tender

Others
Corrigendum : Tender Amount Updated
Spain
Closing Date6 Sep 2025
Tender AmountEUR 90.2 K (USD 98.6 K)
Purchaser Name: Government Commission of the Consortium for the Fire Extinction, Salvation and Civil Protection Service | Operation Bar Service - Cafeteria In Cala Baladra

Cherkasy Institute Of Fire Safety Named After Heroes Of Chernobyl Of The National University Of Civil Defense Of Ukraine Tender

Others
Ukraine
Closing Soon23 Oct 2024
Tender AmountUAH 10.1 Million (USD 244.9 K)
Purchaser Name: Cherkasy Institute Of Fire Safety Named After Heroes Of Chernobyl Of The National University Of Civil | «реконструкція Частини Приміщень Будівлі Гуртожитку З Прибудовою Та Підвалом Літер "а-5,а,а',пд" На Другому, Третьому, Четвертому Та П'ятому Поверхах З Улаштуванням Додаткових Кімнат Для Вмивання Та Санвузлів Черкаського Інституту Пожежної Безпеки Імені Героїв Чорнобиля Національного Університету Цивільного Захисту України За Адресою: Вул. Онопрієнка, 8, М. Черкаси (код Згідно Дк 021:2015 "єдиний Закупівельний Словник" 45450000-6 Інші Завершальні Будівельні Роботи)»

Cherkasy Institute Of Fire Safety Named After Heroes Of Chernobyl Of The National University Of Civil Defense Of Ukraine Tender

Others...+2Civil And Construction, Civil Works Others
Ukraine
Closing Soon21 Oct 2024
Tender AmountUAH 188.7 K (USD 4.5 K)
Purchaser Name: Cherkasy Institute Of Fire Safety Named After Heroes Of Chernobyl Of The National University Of Civil | 03220000-9 Овочі, Фрукти Та Горіхи, А Саме: 03221111-7 Буряк - Буряк Столовий Першого Товарного Сорту, 5-10 См, Дсту 7033 - 5000 Кг, 03221112-4 Морква - Морква Свіжа, Першого Товарного Сорту, Дсту 7035 - 5000 Кг Замовник Проводить Оплату Товару На Розрахунковий Рахунок Постачальника Після Проведення Перевірки Наявності Та Якісних Показників Продукції На Підставі Накладної, Шляхом Перерахування Грошових Коштів На Розрахунковий Рахунок Постачальника Протягом 30-ти (тридцяти) Календарних Днів З Дати Отримання Товару.

Cherkasy Institute Of Fire Safety Named After Heroes Of Chernobyl Of The National University Of Civil Defense Of Ukraine Tender

Civil Works Others
Ukraine
Closing Soon18 Oct 2024
Tender AmountUAH 19.3 Million (USD 467.9 K)
Purchaser Name: Cherkasy Institute Of Fire Safety Named After Heroes Of Chernobyl Of The National University Of Civil | «капітальний Ремонт Найпростішого Укриття В Підвальній Частині Навчального Корпусу (літ. Б-5) Чіпб Ім. Героїв Чорнобиля Нуцз України За Адресою: Черкаська Обл., М. Черкаси, Вул. Онопрієнка, 8» (код Згідно Дк 021:2015 "єдиний Закупівельний Словник" 45450000-6 Інші Завершальні Будівельні Роботи)

Philippine National Police Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Soon23 Oct 2024
Tender AmountPHP 985.3 K (USD 17.1 K)
Details: Description Republic Of The Philippines National Police Commission Philippine National Police, Police Regional Office 6 Regional Bids And Wards Committee Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Request For Quotation Date: October 1, 2024 Rfq No. 10-001-2024 (svp) Company/business Name: ________ Address: ________ Business/mayor’s Permit No.: ________ Tin: ________ Philgeps Certificate Of Registration Number: (required) ________ The Philippine National Police, Police Regional Office 6 (pro6), Through Its Regional Bids And Awards Committee (rbac), Intends To Procure Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City, Through Small Value Procurement (svp) Under Section 53.9 In Consonance With Annex “h” (consolidated Guidelines For The Alternative Methods Of Procurement) Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Wherein, The Threshold Allowable For The Philippine National Police (pnp), A National Government Agency (nga), Shall Not Exceed One Million Pesos (php1,000,000.00). Please Submit Your Duly Signed Quotation Manually To Rbac Chairman To The Given Address Below, On Or Before 10:00 Am Of October 23, 2024 Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): A) Name Of Project : Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City B) Delivery Site : Headquarters, Police Regional Office 6 C) Description : Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City D) Delivery Period : Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed E) Approved Budget : Php985,370.40 F) Funding Source : Approved Program Of Expenditure (poe-pa) Pnp Tr For The Month Of June 2024 Pbgen Archival D Macala Drda/chairman, Rbac Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Hotline No.: 09985986097 Email: Orlrddpro6@gmail.com Interested Supplier Shall Also Submit The Following Documents Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: A. Mayor’s/business Permit/bir Certificate Of Registration; B. Philgeps Registration Certificate; And C. Omnibus Sworn Statement. For Any Clarification, You May Contact The Rbac Secretariat At 09199817877 Or Send Email To Orlrddpro6@gmail.com. Archival D Macala Police Brigadier General Drda/chairman, Rbac Annex “a” Bid/price Proposal Form ¬-_________________________________________________________________________ Date: _____________ The Chairperson, Regional Bids And Awards Committee Police Regional Office 6 Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Ma’am/sir: Having Examined The Request For Quotation No. 10-001-2024 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Item No. Description Quantity Unit Unit Price Amount Php 1 Termite Control Services 1.a. Termiticide Application For Soil Frequency: Once On General Treatment. 1 Lot 1.b. Wood Spraying Frequency: Once On General Treatment. 1 Lot 1.c. Contamination Method Frequency: Once On General Treatment And Three (3) Maintenance On 1st Year And Semi-annual Maintenance On 2nd Year. 1 Lot 2 Spray Application For Controlling The Pest Frequency: Once On General Treatment. 1 Lot 3 Strategic Application For Rodent Control Frequency: Once On General Treatment. 1 Lot Total Price In Figures: Total Price In Words: Signature Over Printed Name Position/designation Office Telephone/fax/mobile Nos. Email Address/s Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Pnp, Pro 6 Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Pnp, Pro 6. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Pnp, Pro 6 May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 13. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Terms Of Reference Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Introduction The Philippine National Police, Police Regional Office 6 Mandated To Create And Maintain A Presentable, Conducive, And Environment- Friendly Pnp Buildings And Facilities. To Have A Unified Preventive Measure To Prevent Pnp Buildings And Facilities From Deterioration, Damage, Fire, Chemical, And Electrical Hazard. Per Its 2024 Pnp Trust Receipt Fund Has Allotted A Budget For The Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City. Objective To Obtain A Contractor For The Termite Treatment Control For The Police Regional Office 6, Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City. Scope Of The Contract The Contractor Agrees To Provide Technical And Professional Labour, Equipment, Materials, And Supervision For The General Pest And Termite Control Service For All The Areas Inside Camp Martin Teofilo B. Delgado, Fort San Pedro, Iloilo City. The Scope Of Works Shall Include But Not Limited To: 1. Inspection Of The Whole Area To Determine The Species Of Pests, Their Feeding Habits And Harbourage, And To Check Signs Of Infestation, Including Droppings, Damages, Urine, Runs, Foot Prints, Smears, And Nests. Pest And Termite Control Covers The Whole Camp Martin Teofilo B. Delgado, Fort San Pedro, Iloilo City. With Approximately 50,549.06 Square Meter (sq.m.) Lot Area. 2. The Contractor Shall Provide A Process On Pest Control Application And Actual Treatment Methodologies Based On The Actual Inspection. 3. The Frequency Of The Treatment Of General Pests And Termites Shall Be Based On The Schedule Of Requirements. 4. Termiticide Application For Soil To Prevent The Damage Of Subterranean Termites, Use The Following Strategy: A. Barrier Method – By Treating The Soil Around The Perimeter Are Through Direct Injection To The Soil; And B. Drilling Method – In Case Of Cemented Areas, A Drilling Within 14 Inches Deep Or Until Attached To The Compacted Soil To Inject The Soil. 5. Wood Spraying – A Direct Spraying To The Wood With An Infestation Or Used For The Wood Preservation To Help Minimize The Incoming Infestation. 6. Contamination Method – Use Powdering For Contaminating Termites Up To Their Colony. This Process Of Injecting The Powder To The Doorjamb, Electrical Outlet, Baseboard, Double Walling, And Etc. The Frequency Of The Maintenance Is Stated On The Schedule Of Requirements And An Application Of Chemicals To The Susceptible Areas. 7. A Residual Spraying Of All Crawling And Flying Insects To Control The Disease That Brought By These Pests. 8. For Controlling Flying And Crawling Insects Such As Mosquitoes, The Use Of Back-pack Misting Machine To Contain The Insecticide Solution And Released In The Form Of Tiny Droplets Or Mists To Eliminate Flying And Crawling Insects Thus Giving Instant Knockdown Effect. 9. Rodent Control In Controlling Rats And Mice, Use The Following; Baiting By Using Zinc Phosphide To Be Mixed With The Food That Applicable To The Buildings And Facilities; Or Mechanical Control With A Bait As An Attractant For Rodent; Of Rat Glue With Bait As And Attractant. The Said Bait Will Be Put On The Strategic Places Wherein The Rodents Get Out Of Their Hiding Places When Everything In The Environment Is Quiet Of There No More People Around. The General Pest Control And Termite Control Shall Be Scheduled As Soon As The Notice To Proceed Is Received. The Contractor Shall Likewise Be On-call For Pest And Termite Treatment Whenever Necessary Without Any Additional Cost/fees. Contractor Shall Apprise The Client Of Any Health Or Environmental Hazards That May Be Posed By The Chemical Applications. Contractor Shall Strictly Observe Precautionary Warnings And Other Instructions Concerning The Proper Use And Application Of The Chemicals To Be Used. General Requirements 1. All Chemicals/solutions To Be Used By The Contractor Must Be Registered To The Fertilizer And Pesticide Authority (fpa), The Food And Drug Administration (fda) And/or Other Government Agencies Concerning The Product. 2. Deployed Personnel Of The Contractor Must Be Equipped With The Proper Ppes Prior To Treatment. 3. Disposal Of All Hazardous Waste Used Such As Empty Chemical/ Solution Containers, Used Ppes, And Excess Chemicals/ Solutions Shall Be Included In The Scope Of Works Of The Contractor. 4. Submission Of Service Reports For Each Treatment Subject For Approval Of The Procuring Entity. Project Site: Headquarters, Police Regional Office 6, Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Service Level Agreement 1. The Contractor Shall Ensure That All Chemicals/solutions To Be Used Shall Not Pose A Health Hazard To The Occupants Of The Building. 2. The Contractor Shall Follow All Safety Precautions In The Application And Handling Of All Chemicals/solutions. 3. The Contractor Shall Provide Services In Accordance With The Industry Best Practices, Using Safe And Environmentally Friendly Methods. All Technicians Are Trained And Certified To Perform Pest Control And Termite Treatments. 4. The Contractor Shall Submit An Official List Of Qualified Technicians Provided With Training Certificates And Photocopy Of Company Id. 5. The Contractor Shall Ensure That All Office Areas, Including Floorings, Walls, Office Furniture And Fixtures, Etc., Will Have No Stain Marks Or Droplets Of Chemicals/solutions Used. 6. The Contractor Shall Be Held Responsible For The Cost Of Damages And/or Necessary Repairs Caused By, Or Those That Are Reasonably Attributable To The Contractor And Its Employees. 7. In Every Treatment, The Chemicals/solutions To Be Use And Workmanship Of The Contractor Shall Be Subject For Inspection And Approval Of The Procuring Entity. 8. The Contractor Will Provide Detailed Service Reports After Each Visit, Including Findings, Treatments Performed, Recommendations, And Any Necessary Follow-up Actions. 9. The Contractor Shall Agree To Quarterly Evaluation Of The Outcome Of The Pest Control Measures Being Implemented. If Found Unsatisfactory, The Contractor Shall Be Given 30 Days To Rectify The Findings And Will Be Re-evaluated. Failure Of The Contractor To Pass The Re-evaluation Will Result In The Termination Of The Contract. 10. The Type Of Pesticides/chemicals Being Applied Or The Methods Being Implemented May Be Changed/replaced If Found Ineffective. Duration Of The Contract The Effectivity Of The Contract Is For Two (2) Years Unless Otherwise Terminated By Either Or Both Parties Pursuant To Item 9 Of The Service Level Agreement Of This Contract. Schedule Of Requirements/delivery Instruction Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed Project Site: Headquarters, Police Regional Office 6, Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods As In Accordance With The Schedule Of Requirements And Terms Of Reference. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. ___________________________________ Date ___________________________________ Company Name ___________________________________ Authorized Representative Name/signature ___________________________________ Address ___________________________________ Official Contact No. Annex “b” Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subcribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No. ______________________ Issued On _______________at _______________. Witness My Hand And Seal This ____ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _________________ Notary Public For ___________ Until _________ Roll Of Attorney’s No. _____________________ Ptr No. ___________ [date Issued], [place Issued] Ibp No. ____________ [date Issued], [place Issued] Doc. No. _______ Page No. ______ Book No. ______ Series Of _______. *the Identification Card Shall Be At Least One Of Those Acceptable Proofs Of Identity As Identified Under The Provisions Of The 2004 Rules On Notarial Practice. “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Of Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Ps.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Solid Waste Management
United States
Closing Soon18 Oct 2024
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only the Purpose Of This Sources Sought Is To Conduct Market Research To Procure A Service To Collect, Transport, Treat And Dispose Of Medical Waste . This Notice Serves To Survey The Market To Ascertain Whether-or-not Sources Are Capable Of Providing The Requested Services. this Notice Also Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. Please Review The Draft Statement Of Work (sow) To Compare Your Supply/service To What Is Requested. Complete The Line-items Below And Submit Any Documentation Supporting Your Product/service For Consideration. Network Contracting Office 23 (nco 23) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is 562211 Hazardous Waste Treatment And Disposal this Sources Sought Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification(s) (service Disabled/veteran Owned Small Business (sd/vosb), Hub Zone, 8(a), Small, Small Disadvantaged, Woman Owned Small Business, Or Large Business) Relative To Naics 562211. Responses To This Notice, Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Notice, A Solicitation Announcement May Be Published. Responses To This Notice Are Not Considered Adequate Responses To Any Corresponding Solicitation Announcement. All Interested Offerors Are Requested To Respond To This Notice But Are Required To Respond To The Official Solicitation Announcement In Order To Be Awarded The Contract. instructions: responses Must Include The Following Information: Primary Information: company Name: Point Of Contact (poc) Name: Email Address: Phone Number: unique Entity Id No. Listed In The System Of Awards Management (sam): business Size: (service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Small Business Other, Small Business, Or Large Business) For The Naics Code 562211 Hazardous Waste Treatment And Disposal . Please Indicate Whether You Hold A Gsa Federal-supply-schedule Or Indefinite Delivery/indefinitely Quantity (idiq) Contract That Covers This Type Of Request. If So, Please Provide The Schedule Contract Number. Must Have An Authorized Distributor Letter And Proof Of Authorization To Be A Service Provider. the Attached Sow Is A Draft And Is Not Finalized. If Any Portions Are Unclear, Prohibited, And/or You Are Unsure About The Draft Description Of The Requirement Please List Your Comments And/or Concerns In Your Response So They Can Be Addressed. response Is Due By 10/18/2024, At 10:00am Central Time. Please Submit E-mail Responses To Mrs. Alberta Mickells, Contract Specialist, At Email Address: Alberta.mickells@va.gov. Please Place Medical Waste Services In The Subject Line Of Your Email. This Notice Is To Assist The Department Of Veterans Affairs In Determining Qualified Sources Only. item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 yr vendor To Furnish Labor And Equipment To Pickup And Properly Dispose Of Regulated Medical Waste At The Va Helath Care System, 4801 Veterans Drive, St. Cloud, Mn, And To Include All 3 Bocs (alexandria, Brainerd, And Montevideo) Base Year For The Perios Of January 1, 2025 To December 31, 2025 funding/req. Number: 1 grand Total notes: Issuance Of This Notice Does Not Constitute Any Obligation Whatsoever On The Part Of The Government To Procure These Supplies And/or Services, Or To Issue A Solicitation, Nor To Notify Respondents Of The Results Of This Notice. No Solicitation Documents Exists At This Time; However, In The Event The Acquisition Strategy Demonstrates That Gsa Is A Viable Option For Procuring A Solution, The Rfq Shall Be Posted To Gsa Ebuy Where Only Those Firms Who Currently Hold A Gsa Schedule With The Applicable Sin Will Be Able To Respond. The Department Of Veterans Affairs Is Neither Seeking Quotes Nor Accepting Unsolicited Quotes, And Responses To This Notice Cannot Be Accepted As Offers. Any Information The Vendor Considers Proprietary Should Be Clearly Marked As Such. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sources Sought Notice. statement Of Work 1. Title: Regulated Medical Waste And Trace Chemotherapy Waste Services 2. Overview: Contractor Shall Provide Services To Collect, Transport, Treat, And Dispose Of Infectious, Sharp And Trace Chemotherapy Waste For The St. Cloud Va Health Care System 3. Acronyms: a. Rmw Regulated Medical Waste b. Trace Chemo - Trace Chemotherapy c. Va Department Of Veterans Affairs d. Cboc Community Based Outpatient Clinic e. Cor Contracting Officers Representative f. Vahcs Veterans Affairs Health Care System g. Ems - Environmental Management Services h. Sow Statement Of Work i. Contractor Employee Means All Contractor Staff, Technicians, Personnel, Subcontractors, Or Persons Working On Behalf Of The Contractor. 4. Place Of Performance: St. Cloud Va Health Care System, 4801 Veterans Drive, St. St Cloud, Mn 56303 Alexandria Cboc: 410 30th Ave East, Alexandria, Mn 56308 Brainerd Cboc: 722 Northwest 7th St, Brainerd, Mn 56401 *possibility Of New Location Tbd In The Brainerd/baxter Area In Option Year 3 Or 4 Montevideo Cboc: 1025 N. 13th St, Montevideo, Mn 56265 period Of Performance: this Contract Will Be A Single Award, Firm Fixed Price Service Contract For 1 (one) Base Year And 4 (four) Option Years. qualifications And Special Certifications: contractor Shall Use Trained Staff With Specialized Knowledge In This Line Of Work According To The Qualifications Set Forth In The Sow. contractor Must Provide Valid Infectious Transporter Licenses Within Each State The Contractor Operates In. regulations / Directives / Policies: joint Commission minnesota Pollution Control Agency (mpca) minnesota Infectious Waste Statutes And Rules Administered By The Mpca regulated Waste Under The Federal Bloodborne Pathogens Standard (bbp) Found At 29 Cfr 1910.1030 And Administered By The Minnesota Department Of Labor And Industry, Occupational Safety And Health Administration (osha) regulated Medical Waste Under The Federal Hazardous Materials Regulations (hmr) Found At 49 Cfr 173.134, Administered By The U.s. Department Of Transportation (dot). This Includes Any Laws In Other States That Are Applicable To The Transportation Of Infectious Waste Across State Lines guidelines Required By Center For Disease Control (cdc). guidelines Required By Environmental Protection Agency (epa) st. Cloud Va Green Environmental Management System (gems) other Applicable Regulating Agencies definitions: infectious Waste (iw): Waste Originating From The Diagnosis, Care, Or Treatment Of A Person Or Animal That Has Been Or May Have Been Exposed To A Contagious Or Infectious Disease. Unless The Materials Have Been Rendered Noninfectious By Procedures Approved By The Minnesota State Commissioner Of Health, Infectious Waste Includes: all Wastes Originating From Persons Or Animals Placed In Isolation For Control And Treatment Of An Infectious Disease. bandages, Dressings, Casts, Catheters, Tubing, And Similar Disposable Items Which Have Been In Contact With Wounds, Bums, Anatomical Tracts, Or Surgical Incisions And Which Are Suspect Of Being Or Have Been Medically Verified As Infectious. all Infectious Anatomical Waste, Including Human And Animal Parts Or Tissues. infectious Sharps And Needles. laboratory And Pathology Waste Of An Infectious Nature; Or any Other Waste, As Defined By The State Commissioner Of Health, Which, Because Of Its Infectious Nature, Requires Handling And Disposal In A Manner Prescribed For Other Types Of Infectious Waste. infectious Sharps: Discarded Items That Can Induce Subdenal Inoculation Of Infectious Agents, Including Needles, Scalpel Blades, Pipettes, And Other Items Derived From Human Or Animal Patient Care, Blood Banks, Laboratories, Mortuaries, Research Facilities, And Industrial Operations; And Discarded Glass Or Rigid Plastic Vials Containing Infectious Agents. trace Chemotherapy Waste (trace Chemo): Empty Vials, Syringes, Iv Bags, And Similar Container Type Items Which Held Antineoplastics And Gowns, Goggles, Gloves, Tubing, And Wipes Used With Antineoplastics That Are Not Overtly Contaminated. Scope Of Work: the Contractor Shall Provide All Labor, Personnel, Transportation, Tools, Equipment, And Materials To Provide Rmw Services. the Contractor Shall Provide A Primary And Alternate Point Of Contact For All Locations To The Cor Within 5 Days Of Contract Award. Information To Include A 24-hour Emergency Contact (name, Telephone #, Mobile #) Available During Contractor S Non-business Hours. containers: the Contractor Shall Supply The Va With Adequate Quantities Of Reusable Containers That Shall Be Odor Free, With Tight-fitting Covers, Leak Proof, Fire Retardant And Shall Be Cleaned And Sanitized With A Hospital Grade Epa Registered Disinfectant Prior To Drop Off At Each Location. the Contractor Shall Provide Disinfected Storage Containers Of Sufficient Size And Quantity At All Locations To Ensure Adequate Capacity As Needed By The Va For Iw And Trace Chemo. at A Minimum, A One-to-one Exchange Of Containers For Each Filled Container In All Pickup Locations Will Be Provided By The Contractor. currently, The Estimated Weight Of Iw And Trace Chemo Waste Generated By The Va Is Approximately 70,500 Pounds A Year. Average For Sharps Is Approximately 15%. the Storage Containers Must Be Lined With Contractor Provided Red Iw Bags Or Yellow Trace Chemo Bags As Applicable To The Waste To Be Stored In The Container. contractor Supplied Bags Shall Be Constructed Of A Material Of Sufficient Single Thickness And Strength To Pass The 165-gram Dropped Dart Impact Resistance Test As Prescribed By American Society For Testing And Materials (astm) Standard D 1709-75, Which Is Incorporated Herein By Reference. containers Must Be Conspicuously Labeled In Accordance With Guidelines And Regulations Prescribed By Regulatory Authorities Including Dot And Osha Standards. all Containers Must Be Labeled With The Contractor's And The Va's Names, Addresses, And Phone Numbers. all Labels Containing Va Identifiers Must Be Removed From Containers At The Time Of Waste Treatment And/or Disposal. va Storage Of Infectious Waste And Trace Chemo Waste: the St. Cloud Va Location Maintains Two Secure Storage Sheds For Storage Of Iw And Trace Chemo. the Va Storage Sheds Are Adjacent To Building 49/50 And Building 1. iw And Trace Chemo Waste Will Be Placed By The Va Into Contractor Supplied Containers Within The Storage Sheds. collection, Transportation, Treatment And Disposal the Contractor Is Fully Responsible For Handling, Collection, Storage, Transportation, Treatment And Disposal Of Iw And Trace Chemo Waste In A Secure Manner That Prevents Leakage Of Waste. containers Must Maintain Their Integrity And Remain Segregated From Other Waste Types During Handling, Collection, Storage, Transport, Treatment, And Disposal. the Contractor Must Track Waste From Collection To Disposal And Provide An Online Manifest System. the Contractor Must Provide The Va With Sufficient Waste Tracking Information For The Va To Deem The Number Of Trace Chemo And Iw Containers Collected, The Number Of Trace Chemo And Iw Containers Delivered, The Weight Of Trace Chemo And Iw Waste Collected, And How And Where Trace Chemo And Iw Is Treated. collection And Handling the Contractor Will Be Issued A Key For Va Storage Sheds And Shall Return The Key Upon Contract Expiration Or Termination. failure To Return The Key Shall Cause The Contractor To Be Billed $75.00. all Labor Required To Unlock Storage Sheds, Remove Containers, Load The Truck And Place Empty, Clean, Disinfected, Lined, Rigid, Covered Containers Inside The Storage Sheds And Lock The Sheds Is The Sole Responsibility Of The Contractor. no Less Than Thirty (30) Minutes Prior To Arrival At The Va To Collect Waste. ems Will Periodically Monitor The Contractor's Performance Throughout The Collection Process. collection Of Iw And Trace Chemo Waste Shall Occur Three Days Per Week On Monday, Wednesday, And Friday Mornings At The St. Cloud Va Health Care System. after Both Sheds Have Been Serviced And Locked, The Contractor Shall Deliver A Manifest To The Cor For Signature. if The Cor Is Unavailable, Signature May Be Obtained From Authorized Va Personnel That Are Current On Their Dot Hazmat Training. a List Of Authorized Va Personnel Is Maintained By The Cor And Will Be Provided To The Contractor. cbocs: collection Of Rmw Containers Will Occur Monthly For The Three Cboc Locations, Unless Otherwise Identified By The Cor Or Clinic Coordinator. contractor Employee(s) Will Be Escorted By Va Staff To The Storage Area At Each Of The Cboc Locations For Rmw Pick-up. the Contractor Shall Deliver A Manifest To The Clinic Coordinator/va Authorized Personnel For Signature At Each Of The Cboc Locations. transportation: the Contractor Must Possess Valid Infectious Transporter Licenses Within Each State The Contractor Operates In And Provide Proof Of Licensure To The Cor. the Contractor's Commercial Transporter Management Plans Must Be Kept At The Address Identified As The Transporter's Principal Place Of Business And Be Available For Inspection Upon Request During Business Hours. the Contractor's Vehicles Must Conspicuously Display A Rectangular Sign Or Decal At Least 12 Inches In Size With Red Letters On White Background Which Reads "infections Waste" Or A Decal Displaying The International Biohazard Symbol And The Word "biohazard.'' the Name Of The Contractor Must Be Displayed On The Exterior Of The Contractor's Vehicle In Accordance With All Local, State, And Federal Regulations Regarding Infectious Waste. the Contractor Shall Have An Approved Operation And Safety Plan With Documentation Of Employee Training. A Copy Of The Plan Must Be Provided To The Cor. The Plan And Documented Training Shall Include, But Not Be Limited To: the Proper And Safe Operation Of The Waste Collection Vehicle standards And Safety Precautions For Handling, Collection, Transportation, Treatment, And Disposal Of Rmw And Trace Chemo Waste. applicable Licenses, Permits And Certificates Of Training For Handling, Collection, Transportation, Treatment And Disposal Of Iw And Trace Chemo Waste. a Description Of The Characteristics And Hazards Of Rmw And Trace Chemo Waste. procedures To Follow In The Event A Person Is Contaminated By Iw And Trace Chemo Waste. procedures To Follow In The Event Of A Spill Including Clean Up And Disinfection Of Contaminated Surfaces And The Storage, Treatment, And Disposal Of Spilled Materials. procedures To Follow If A Load Of Iw And Trace Chemo Waste Becomes Hot, Burning And/or Reactive. procedures To Follow In The Event Unauthorized Waste Material Is Deposited In The Collection Containers. procedures To Follow To Complete The Manifest And To Maintain Other Records Required Under Any Local Ordinance, State Statute Or Rule, Or Federal Regulation That Applies To The Jurisdictions Within Which The Contractor Operates; And Procedures To Follow To Properly Disinfect The Waste Collection Vehicle And Waste Containers. treatment And Disposal: trace Chemo Must Be Treated And Disposed By Incineration At A Permitted Regulated Medical Waste Incinerator. iw And Sharps Must Be Treated By Autoclave At A Permitted Regulated Medical Waste Treatment Facility Then Disposed Of At A Permitted Land Disposal Facility. the Contractor Is Fully Responsible For The Lawful Treatment And Disposal Of Iw, Sharps And Trace Chemo Waste Generated By The Va. manifests And Certificates Of Treatment And Destruction: contractor Shall Provide Manifests Necessary To Properly Document Pick-up, Transport, And Disposal Of All Collected Rmw. waste Collected By The Contractor Shall Be Tracked Using A Manifest System That Has Been Pre-approved By The Cor To Ensure It Meets Va's Needs. the Manifest System Must Provide The Va With Sufficient Information To Track Iw, Sharps And Trace Chemo Waste Collected From The Point Of Collection To Treatment And Disposal. certificates Of Treatment And Disposal Must Also Be Provided To The Cor For Each Shipment That Clearly Shows: date Of Disposal location Of Disposal Site method Of Disposal weight(s) Of Rmw Disposed state And Federal Permit/registration Numbers Of Both The Transporter And Disposal Site failure To Follow Manifest And Certificate Of Treatment Provisions May Be Grounds For Immediate Termination Of The Contract. permits: the Contractor Shall Provide The Cor Copies Of All Current Regulatory Permits For Each Storage, Treatment, And Disposal Facility To Be Used By The Contractor For The Disposal Of Va Waste. the Contractor Must Obtain And Maintain All Necessary Permits, Licenses And Registrations For Handling, Pickup, Storage, Treatment And Disposal Of Iw And Trace Chemo Waste As Regulated By The Authorities Listed In The Sow. the Contractor Agrees To Hold The Va Harmless For Any Negligence Of Contractor And His Or Her Employees Who May Wholly Or Individually Be Liable For Improper Handling, Pickup, Transportation, Treatment, And Disposal Of The Va's Waste. contingency Plans: the Contractor Shall Provide The Cor A Contingency Plan Addressing Back-up Plans For Collection, Transportation, Treatment, And Disposal Of The Va's Waste In The Event Of Any Condition Which Impedes The Ability To Perform The Services Specified In This Sow. employee Testing And Certification: the Contractor Shall Provide The Cor Evidence Of Training And Certifications For Contractor Employees Dot Hazardous Materials Training And Osha Blood Borne Pathogen Training. the Contractor Will Notify The Cor Of Any Letters Of Warning, Notices Of Violations, Or Administrative Penalties Issued To The Contractor Or To Any Waste Treatment Or Disposal Facilities During The Contract Term. notification Of Changes: the Contractor Will Notify The Cor In Advance Of Any Changes That May Affect Services Such As Containers, Transportation, Storage Facilities, Treatment Facilities And Disposal Sites. weight System: the Contractor Will Provide Evidence Of A Certifiable Weighing System That Is Regularly Monitored To Ensure And Validate Accuracy. the Contractor Will Measure Trace Chemo And Iw Separately And Exclude The Weight Of Trace Chemo And Iw Containers For An Accurate Measure Of The Weight Of Wastes For Billing And Tracking Purposes. contractor Vehicles: all Contractor Vehicles Utilized In The Performance Of This Contract Shall Maintain Insurance (up To The Minimum Coverage Required By The Respective State) And Shall Maintain Current State Vehicle Registration. all Contractor Employees Shall Possess A Valid Minnesota State Driver S License And Have A Clean Driving Record. the Contractor Or His/her Employee S While Performing Under This Contract Shall Use No Personal Vehicles To Transport Containers To And From The Government And Contractor Site. the Contractor Shall Ensure That All Contractor Vehicles Utilized For This Performance Contract Are Kept In Proper Working Condition. the Contractor Vehicles Shall Be Locked And Properly Secured At All Times While At The Government Site Or In Route To And From Contractor Site. vehicles Used In The Performance Of The Contract Shall Not Be Left Unattended And Unlocked At Any Time While Transporting St. Cloud Va Health Care System Security Waste. 10. Schedule: hours Of Services: contractor Shall Perform Services Monday Through Friday During Normal Business Hours Of 7:00 Am To 3:30 Pm At The St. Cloud Location And 8:00 Am To 4:00 Pm At The Cboc Locations. when Regular Delivery/pick-up Days Occur On One Of The Federal Holidays Listed Below, The Regular Delivery/pick-up Shall Automatically Shift To The Following Business Day (monday Through Friday). The Eleven National Holidays Observed By The Federal Government Are: New Years Day 1 January Martin Luther King Jr. Day Third Monday In January Presidents Day Third Monday In February Memorial Day Last Monday In May Juneteenth 19 June Independence Day 4 July Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day 11 November Thanksgiving Day Fourth Thursday In November Christmas Day 25 December if A Holiday Falls On Sunday, The Following Monday Will Be Observed As The Legal Holiday. If A Holiday Falls On Saturday, The Preceding Friday Is Observed As A Legal Holiday By U.s. Agencies. any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. should Any Collection Day Fall On A Holiday, The Contractor Shall Coordinate With The Cor To Reschedule. the Contractor Shall Coordinate With The Cor And Cboc Pocs For An Agreed Upon Schedule Which Includes But Is Not Limited To A Specific Day Of The Week And Time To Provide Services At Each Of The Four Locations. the Contractor Shall Provide A Minimum Of 24-hour Notice Of Any Schedule Changes. Emergency: contractor Will Respond To Emergency Removal Needs By Performing Removal Within Twenty-four (24) Hours Of Notification By Vahcs. contractor Will Provide Vahcs With Instructions For Emergency Notification. contractor Will Not Be Allowed Access To Vahcs Facilities Prior To 7:00 A.m. Or After 4:00 P.m. Except In Emergency Situations As Designated By Vahcs. 12. Invoicing: the Contractor Shall Invoice By Weight ~ Total Pounds For Rmw For The Va. the Contractor May Submit A Consolidated Monthly Invoice For All Four Locations. invoice Must Include, But Is Not Limited To: contract Number purchase Order Number (po) date Of Service location manifest Number quantity type Of Container type Of Waste weight ~ Per Pound price Per Pound For Type Of Waste

Stadt Bergisch Gladbach Tender

Germany
Closing Date20 Dec 2024
Tender AmountRefer Documents 
Germany-bergisch Gladbach: Architectural, Engineering And Planning Services

Municipality Of Irosin, Sorsogon Tender

Philippines
Closing Soon21 Oct 2024
Tender AmountPHP 1 Million (USD 19.1 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Additional Rescue Equipment And Ppe For Responders 1.the Local Government Unit Of Irosin, Through The Calamity Fund(trust Fund-unexpended Balance)/ldrrmf 2024 Intends To Apply The Sum Of One Million Ninety Nine Thousand Fifteen Pesos (p 1,099,015.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Additional Rescue Equipment And Ppe For Responders, Good-36-2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Additional Rescue Equipment And Ppe For Responders Brief Description: 1 Pc Automated External Defibrillator W/ Lcd Display Showing Voice Prompt Message, Elapsed Time, Shock Count, Chest Compression Graph, Ecg, With Pass Cover, Defibrillator Pads, Carry Case, Cpr Responder Kit, Lithium Batteries/3 Pcs Double Pulley: High Strength Very High Efficiency Double Prusik Pulley, Designed For Prusik Friction Hitch In Progress Capture System, Large Diameter Sheaves Mounted On Sealed Ball Bearings, Can Use 3-carabiners,7-13 Rope Compatibility, 51mm Sheave, Max. Wl:450g,ce En 12278 Certified/5 Pcs Spider Strap: Used For Board Strapping,109x60cm/42.91x23.62inch,material:polyester/6 Pcs Recue Helmet: Strong Chinstrap Vertex Vent,ventilation Holes,adjustable Sliding Shutters,6-point Mesh Headband W/ Center Fit Adjustment,w/ Specific Vizir Visor And Pixa Headlamp,455g Wt., 53 Cmnt Head Circumference/6 Pcs Head Lamp: With Headband Attached To Helmet With Mounting Plate,close-range Work,inform Flood Beam,mode Adapted To Movement:beam Focused,long Range:vision Focused Beam,auto Switch To Reserve Mode When Batteries Are Almost Drained,ergonomic Rotating Knob, Storage Position Protection To Headlamp Lens,explosive Environment-compatible,2m Resistant To Fall,comfortable And Washable Elastic Headband,resistant To Chemicals,hazloc Class 1 Div Ii And Class 2 Div Ii Certified Headlamp, 160g Wt., Beampattern: Flood,mixed And Focused, 2aa/lr06 Batteries,rechargeable Ni-mh And Latium Battery,waterproof,water Immersion Proof Up To 1 Meter/10 Pc Safety Rubber Boots:high Cut Steel Toe Steel Plate,steel Midsole,heavy Duty,water Proof Industrial Boots/4 Pcs Tandem Pulley:sheavers Mounted On Swlf-lubricating Bushings For Efficiency, Max Allowable Speed: 10m/s,3-carabiner Attachment Points, Ce En 12278,uiaa,wt 195kg., 13mm Rope Dm,21mm Sheave Dm,10kn Workload,24kn Breaking Strength/10 Pcs Rolling Sam Splint:compact Lighweight,highly Versatile Designed For Immobilizing Bone And Soft Tissue Injuries, .016inches 90.41mm Strip Of Soft Aluminum,polyethylene Closed-cell Foam Coating,waterproof,radioluscent,latex-free/2 Pcs Rescue Cone: Heavy Duty,collapsible,6-pc Set Rubber Base,reflectorized,36x36x73cm,15kg Packing Wt/3 Pcs Foot Tape: Foot Loop Used For Ascension And Rope Clamp For Rope Ascent,height Adjustable Elastic,abrasion Resistant Underfoot Strap,double Back Buckle,nylon Steel Aluminum Made,65g Wt/1 Pc Multipurpose Telescopic Ladder Extension: Single Aluminum Ladder 4.4m, Compacts Down To Approx. 91cm,easily Extends Up To 440cm., Lightweight And Portable, Net Wt., 11.4kg., Max Load Approx. 150kg/4 Pc Oxygen Flow Meter: Disc Barb,3000 Psi,cga540,metal,144x35mm/5 Pc Aqua Safety Shoes:5mm Super Zip Ergo Aqua Lung Water Boots For Swift Water And Water Traversing Protection, High Cut/23 Pcs Tactical Pants: Waterproof,cotton-polyester-spandex Blend,stretchable/1 Pc Extension Cable Reel:50m 4 Sockets W/ Thermal Overload Protection And Reset Button, W/ Anti-jam Retraction System And Set Panel Sockets, W/ Cassette Reel/1 Pc Webbing: 1” Nylon Tubular Webbing 50 Yd/6 Pcs Megaphone: 12 Lithium Rechargeable Battery W/ Voice Recorder,detachable Microphone, W/ Siren, 12dc Car Adapter,35m Range/2 Pcs Portable Remote Area Lighting: Rechargeable 12x 8.8 Ah Lithium Battery,high To Low Sos Switch,spotflood In 1 Sec., Mass Ht:32”, Waterproof Ip X5,ac/dc Charger,shoulder Belt, Led,3000lm,4.68 Kg/1 Pc Led Work Light Kit: 2 Led 1000lm W/ 8 Hours Runtime,5ft High Mast, 2 Lithium -ion Batteries,dc Vehicle Charger,ac Main Charger W/ Transformer,charging Station,easy Carry Shoulder Strap/2 Pc Dual Head 50 Watts Rechargeable Led Floodlight W/ Tripod:18650 Lithium Battery, 4 Series 2 Parallel 2200mah/pc Plastic+aluminum +toughened Glass,120 Bean Angle,16.8v/1000 Mah Car & Wall Charger Output/25 Pcs Raincoat: Poncho-type,heavy Duty/1 Pc Basket Stretcher: Sturdy & Flexible W/ Special Sling Equipment,helicopter-lifting Compatible, W/ Adjustable Feet Securing Mechanism, Safety Belts And Mattress, Fire Proof 216l X61w X 19cm,nw 20.5kg., Gw 22.5kg., Long Bearing ≤159kg/1 Pc Splint: Traction Splint: Alloy Traction,adjustable Length,nylon Leg Straps,automatic Traction Mechanism,136x22x18cm/1 Pc Stair Chair: 90x51x91 Cm, ≤159kg., Nw 10.5 Kg,gw 11.7 Kg/3 Pcs Rescue Can: Lightweight W/ 6 Located Grips/3 Pc Ring Bouy: Solas Compliant International Standard, Weight 2.5kg/3 Pcs Rescue Tube: Single Person Flotation Device For Unconscious Patient In Water, Type Ix,120cmx15cmx10cm, Convertible To Ring Buoy/6 Pcs Full Body Harness: Reversible Full Body Harness 158-165/160-180/175-200cm/waist Belt 60-10/70120/80-140cm, Leg Loop 45-57/50-65/60-75cm/wt 1670/1850/2050g/working Load 22kg/150kg,polyester And Steel,made In Italy/2 Pc Cardiac Cpr Board: Board Pe Material No Discharge Contaminator 64x43x8cm,1.5kg Wt/1 Pc Prusik Rope: 6mmx50m,1000 Dan Minimum Strength: 23.2 Wt., En 564 Approved Budget For The Contract : P 1,099,015.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : Calamity Fund(trust Fund-unexpended Balance)/ldrrmf 2024 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 26, 2024 Until October 21, 2024 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On October 4, 2024,9:00am At The Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before October 21, 2024, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On October 21, 2024, 9:00 Am At The Given Address Below At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Fritzie Riva L. Michelena Mdrrmo Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: September 26, 2024 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of Additional Rescue Equipment And Ppe For Responders With Project Identification Number Good-36-2024. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Additional Rescue Equipment And Supplies, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Ldrrmf 2024 In The Amount Of One Million Ninety Nine Thousand Fifteen Pesos (p 1,099,015.00) 2.2. The Source Of Funding Is: Calamity Fund(trust Fund-unexpended Balance)/ldrrmf 2024 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Expandable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25%) Of The Abc. B.for The Procurement Of Non- Expandable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Not Hold A Pre-bid Conference For This Project. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Additional Rescue Equipment And Ppe For Responders Brief Description: 1 Pc Automated External Defibrillator W/ Lcd Display Showing Voice Prompt Message, Elapsed Time, Shock Count, Chest Compression Graph, Ecg, With Pass Cover, Defibrillator Pads, Carry Case, Cpr Responder Kit, Lithium Batteries/3 Pcs Double Pulley: High Strength Very High Efficiency Double Prusik Pulley, Designed For Prusik Friction Hitch In Progress Capture System, Large Diameter Sheaves Mounted On Sealed Ball Bearings, Can Use 3-carabiners,7-13 Rope Compatibility, 51mm Sheave, Max. Wl:450g,ce En 12278 Certified/5 Pcs Spider Strap: Used For Board Strapping,109x60cm/42.91x23.62inch,material:polyester/6 Pcs Recue Helmet: Strong Chinstrap Vertex Vent,ventilation Holes,adjustable Sliding Shutters,6-point Mesh Headband W/ Center Fit Adjustment,w/ Specific Vizir Visor And Pixa Headlamp,455g Wt., 53 Cmnt Head Circumference/6 Pcs Head Lamp: With Headband Attached To Helmet With Mounting Plate,close-range Work,inform Flood Beam,mode Adapted To Movement:beam Focused,long Range:vision Focused Beam,auto Switch To Reserve Mode When Batteries Are Almost Drained,ergonomic Rotating Knob, Storage Position Protection To Headlamp Lens,explosive Environment-compatible,2m Resistant To Fall,comfortable And Washable Elastic Headband,resistant To Chemicals,hazloc Class 1 Div Ii And Class 2 Div Ii Certified Headlamp, 160g Wt., Beampattern: Flood,mixed And Focused, 2aa/lr06 Batteries,rechargeable Ni-mh And Latium Battery,waterproof,water Immersion Proof Up To 1 Meter/10 Pc Safety Rubber Boots:high Cut Steel Toe Steel Plate,steel Midsole,heavy Duty,water Proof Industrial Boots/4 Pcs Tandem Pulley:sheavers Mounted On Swlf-lubricating Bushings For Efficiency, Max Allowable Speed: 10m/s,3-carabiner Attachment Points, Ce En 12278,uiaa,wt 195kg., 13mm Rope Dm,21mm Sheave Dm,10kn Workload,24kn Breaking Strength/10 Pcs Rolling Sam Splint:compact Lighweight,highly Versatile Designed For Immobilizing Bone And Soft Tissue Injuries, .016inches 90.41mm Strip Of Soft Aluminum,polyethylene Closed-cell Foam Coating,waterproof,radioluscent,latex-free/2 Pcs Rescue Cone: Heavy Duty,collapsible,6-pc Set Rubber Base,reflectorized,36x36x73cm,15kg Packing Wt/3 Pcs Foot Tape: Foot Loop Used For Ascension And Rope Clamp For Rope Ascent,height Adjustable Elastic,abrasion Resistant Underfoot Strap,double Back Buckle,nylon Steel Aluminum Made,65g Wt/1 Pc Multipurpose Telescopic Ladder Extension: Single Aluminum Ladder 4.4m, Compacts Down To Approx. 91cm,easily Extends Up To 440cm., Lightweight And Portable, Net Wt., 11.4kg., Max Load Approx. 150kg/4 Pc Oxygen Flow Meter: Disc Barb,3000 Psi,cga540,metal,144x35mm/5 Pc Aqua Safety Shoes:5mm Super Zip Ergo Aqua Lung Water Boots For Swift Water And Water Traversing Protection, High Cut/23 Pcs Tactical Pants: Waterproof,cotton-polyester-spandex Blend,stretchable/1 Pc Extension Cable Reel:50m 4 Sockets W/ Thermal Overload Protection And Reset Button, W/ Anti-jam Retraction System And Set Panel Sockets, W/ Cassette Reel/1 Pc Webbing: 1” Nylon Tubular Webbing 50 Yd/6 Pcs Megaphone: 12 Lithium Rechargeable Battery W/ Voice Recorder,detachable Microphone, W/ Siren, 12dc Car Adapter,35m Range/2 Pcs Portable Remote Area Lighting: Rechargeable 12x 8.8 Ah Lithium Battery,high To Low Sos Switch,spotflood In 1 Sec., Mass Ht:32”, Waterproof Ip X5,ac/dc Charger,shoulder Belt, Led,3000lm,4.68 Kg/1 Pc Led Work Light Kit: 2 Led 1000lm W/ 8 Hours Runtime,5ft High Mast, 2 Lithium -ion Batteries,dc Vehicle Charger,ac Main Charger W/ Transformer,charging Station,easy Carry Shoulder Strap/2 Pc Dual Head 50 Watts Rechargeable Led Floodlight W/ Tripod:18650 Lithium Battery, 4 Series 2 Parallel 2200mah/pc Plastic+aluminum +toughened Glass,120 Bean Angle,16.8v/1000 Mah Car & Wall Charger Output/25 Pcs Raincoat: Poncho-type,heavy Duty/1 Pc Basket Stretcher: Sturdy & Flexible W/ Special Sling Equipment,helicopter-lifting Compatible, W/ Adjustable Feet Securing Mechanism, Safety Belts And Mattress, Fire Proof 216l X61w X 19cm,nw 20.5kg., Gw 22.5kg., Long Bearing ≤159kg/1 Pc Splint: Traction Splint: Alloy Traction,adjustable Length,nylon Leg Straps,automatic Traction Mechanism,136x22x18cm/1 Pc Stair Chair: 90x51x91 Cm, ≤159kg., Nw 10.5 Kg,gw 11.7 Kg/3 Pcs Rescue Can: Lightweight W/ 6 Located Grips/3 Pc Ring Bouy: Solas Compliant International Standard, Weight 2.5kg/3 Pcs Rescue Tube: Single Person Flotation Device For Unconscious Patient In Water, Type Ix,120cmx15cmx10cm, Convertible To Ring Buoy/6 Pcs Full Body Harness: Reversible Full Body Harness 158-165/160-180/175-200cm/waist Belt 60-10/70120/80-140cm, Leg Loop 45-57/50-65/60-75cm/wt 1670/1850/2050g/working Load 22kg/150kg,polyester And Steel,made In Italy/2 Pc Cardiac Cpr Board: Board Pe Material No Discharge Contaminator 64x43x8cm,1.5kg Wt/1 Pc Prusik Rope: 6mmx50m,1000 Dan Minimum Strength: 23.2 Wt., En 564 B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Additional Rescue Equipment And Ppe 1 Pc Automated External Defibrillator W/ Lcd Display Showing Voice Prompt Message, Elapsed Time, Shock Count, Chest Compression Graph, Ecg, With Pass Cover, Defibrillator Pads, Carry Case, Cpr Responder Kit, Lithium Batteries/3 Pcs Double Pulley: High Strength Very High Efficiency Double Prusik Pulley, Designed For Prusik Friction Hitch In Progress Capture System, Large Diameter Sheaves Mounted On Sealed Ball Bearings, Can Use 3-carabiners,7-13 Rope Compatibility, 51mm Sheave, Max. Wl:450g,ce En 12278 Certified/5 Pcs Spider Strap: Used For Board Strapping,109x60cm/42.91x23.62inch,material:polyester/6 Pcs Recue Helmet: Strong Chinstrap Vertex Vent,ventilation Holes,adjustable Sliding Shutters,6-point Mesh Headband W/ Center Fit Adjustment,w/ Specific Vizir Visor And Pixa Headlamp,455g Wt., 53 Cmnt Head Circumference/6 Pcs Head Lamp: With Headband Attached To Helmet With Mounting Plate,close-range Work,inform Flood Beam,mode Adapted To Movement:beam Focused,long Range:vision Focused Beam,auto Switch To Reserve Mode When Batteries Are Almost Drained,ergonomic Rotating Knob, Storage Position Protection To Headlamp Lens,explosive Environment-compatible,2m Resistant To Fall,comfortable And Washable Elastic Headband,resistant To Chemicals,hazloc Class 1 Div Ii And Class 2 Div Ii Certified Headlamp, 160g Wt., Beampattern: Flood,mixed And Focused, 2aa/lr06 Batteries,rechargeable Ni-mh And Latium Battery,waterproof,water Immersion Proof Up To 1 Meter/10 Pc Safety Rubber Boots:high Cut Steel Toe Steel Plate,steel Midsole,heavy Duty,water Proof Industrial Boots/4 Pcs Tandem Pulley:sheavers Mounted On Swlf-lubricating Bushings For Efficiency, Max Allowable Speed: 10m/s,3-carabiner Attachment Points, Ce En 12278,uiaa,wt 195kg., 13mm Rope Dm,21mm Sheave Dm,10kn Workload,24kn Breaking Strength/10 Pcs Rolling Sam Splint:compact Lighweight,highly Versatile Designed For Immobilizing Bone And Soft Tissue Injuries, .016inches 90.41mm Strip Of Soft Aluminum,polyethylene Closed-cell Foam Coating,waterproof,radioluscent,latex-free/2 Pcs Rescue Cone: Heavy Duty,collapsible,6-pc Set Rubber Base,reflectorized,36x36x73cm,15kg Packing Wt/3 Pcs Foot Tape: Foot Loop Used For Ascension And Rope Clamp For Rope Ascent,height Adjustable Elastic,abrasion Resistant Underfoot Strap,double Back Buckle,nylon Steel Aluminum Made,65g Wt/1 Pc Multipurpose Telescopic Ladder Extension: Single Aluminum Ladder 4.4m, Compacts Down To Approx. 91cm,easily Extends Up To 440cm., Lightweight And Portable, Net Wt., 11.4kg., Max Load Approx. 150kg/4 Pc Oxygen Flow Meter: Disc Barb,3000 Psi,cga540,metal,144x35mm/5 Pc Aqua Safety Shoes:5mm Super Zip Ergo Aqua Lung Water Boots For Swift Water And Water Traversing Protection, High Cut/23 Pcs Tactical Pants: Waterproof,cotton-polyester-spandex Blend,stretchable/1 Pc Extension Cable Reel:50m 4 Sockets W/ Thermal Overload Protection And Reset Button, W/ Anti-jam Retraction System And Set Panel Sockets, W/ Cassette Reel/1 Pc Webbing: 1” Nylon Tubular Webbing 50 Yd/6 Pcs Megaphone: 12 Lithium Rechargeable Battery W/ Voice Recorder,detachable Microphone, W/ Siren, 12dc Car Adapter,35m Range/2 Pcs Portable Remote Area Lighting: Rechargeable 12x 8.8 Ah Lithium Battery,high To Low Sos Switch,spotflood In 1 Sec., Mass Ht:32”, Waterproof Ip X5,ac/dc Charger,shoulder Belt, Led,3000lm,4.68 Kg/1 Pc Led Work Light Kit: 2 Led 1000lm W/ 8 Hours Runtime,5ft High Mast, 2 Lithium -ion Batteries,dc Vehicle Charger,ac Main Charger W/ Transformer,charging Station,easy Carry Shoulder Strap/2 Pc Dual Head 50 Watts Rechargeable Led Floodlight W/ Tripod:18650 Lithium Battery, 4 Series 2 Parallel 2200mah/pc Plastic+aluminum +toughened Glass,120 Bean Angle,16.8v/1000 Mah Car & Wall Charger Output/25 Pcs Raincoat: Poncho-type,heavy Duty/1 Pc Basket Stretcher: Sturdy & Flexible W/ Special Sling Equipment,helicopter-lifting Compatible, W/ Adjustable Feet Securing Mechanism, Safety Belts And Mattress, Fire Proof 216l X61w X 19cm,nw 20.5kg., Gw 22.5kg., Long Bearing ≤159kg/1 Pc Splint: Traction Splint: Alloy Traction,adjustable Length,nylon Leg Straps,automatic Traction Mechanism,136x22x18cm/1 Pc Stair Chair: 90x51x91 Cm, ≤159kg., Nw 10.5 Kg,gw 11.7 Kg/3 Pcs Rescue Can: Lightweight W/ 6 Located Grips/3 Pc Ring Bouy: Solas Compliant International Standard, Weight 2.5kg/3 Pcs Rescue Tube: Single Person Flotation Device For Unconscious Patient In Water, Type Ix,120cmx15cmx10cm, Convertible To Ring Buoy/6 Pcs Full Body Harness: Reversible Full Body Harness 158-165/160-180/175-200cm/waist Belt 60-10/70120/80-140cm, Leg Loop 45-57/50-65/60-75cm/wt 1670/1850/2050g/working Load 22kg/150kg,polyester And Steel,made In Italy/2 Pc Cardiac Cpr Board: Board Pe Material No Discharge Contaminator 64x43x8cm,1.5kg Wt/1 Pc Prusik Rope: 6mmx50m,1000 Dan Minimum Strength: 23.2 Wt., En 564 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Ninety (90) Calendar Days. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Ninety (90) Calendar Days Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Additional Rescue Equipment And Ppe It They Follow The Technical Specifications Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. (h) Audited Financial Statement(afs) Audited Financial Statement Stamped, Received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Total Assets And Liabilities Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission Class “b” Documents ⬜ (i) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (k) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (l) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (m) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2024 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2024. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2024 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2024 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2024. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2024. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor

State fire and rescue charges of the Head of State Service of Ukraine for extraordinary situations in the Lviv Region Tender

Furnitures and Fixtures
Corrigendum : Closing Date Modified
Ukraine
Closing Soon19 Oct 2024
Tender AmountUAH 202.5 K (USD 4.9 K)
Purchaser Name: State fire and rescue charges of the Head of State Service of Ukraine for extraordinary situations in | Дизельне Пальне У Талонах/скретч-картках
5611-5620 of 5672 active Tenders